Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

Y -- RECOVERY – Thomas S. Foley US Federal Courthouse Modernization Design/Build Construction Project

Notice Date
9/8/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design and Construction Contracting Branch(10PCC), 400 15th Street, SW, 2nd Floor, Auburn, Washington, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-09-LT-R-0115
 
Archive Date
11/13/2009
 
Point of Contact
Kimberlee N. Wallentine, Phone: 2539317183, Dawn Ashton, Phone: 2539317784
 
E-Mail Address
kimberlee.wallentine@gsa.gov, dawn.ashton@gsa.gov
(kimberlee.wallentine@gsa.gov, dawn.ashton@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY: The General Services Administration (GSA), Region 10 announces an opportunity for the Modernization of the Thomas S. Foley U.S. Federal Courthouse in Spokane, Washington. GSA will be using funds from the FY 2009 American Recovery and Reinvestment Act for this project. This project intends to address the requirements to create a high performing energy efficient facility. The intent is to renovate an existing deteriorating federal facility in the building inventory and in doing so modernize the facility into an economically and operationally efficient High-Performance Green Building (HPGB) that is a highly leasable office facility that agencies will be excited to occupy, and do this following principles of Design Excellence and Sustainable Design. Interested parties are encouraged to register through FBO using the "Add Me to the Interested Vendors" link on the Federal Business Opportunities (FBO) website. Vendors are also encouraged to register to receive notices about this announcement by using the "Watch This Opportunity" link on the FBO website. NOTE: GSA PBS Region 10 will NOT be maintaining a manual list of interested vendors. PROJECT BACKGROUND/DESCRIPTION: The project is a modernization project in which the Design-Build (D/B) Contractor and its Team shall design and construct renovations and improvements to modernize the existing Thomas S. Foley Courthouse into an economically and operationally efficient high-performance green building. This modernization project will include replacement and upgrades to building systems (electrical, HVAC, and lighting) and will also include an expansion and relocation of the United States Marshals Services (USMS) to the second floor of the building. LEED-EB Gold certification will be pursued by the D/B Team, with LEED-EB Silver being an alternate certification level if LEED-EB Gold cannot be reached. The specific activities, tasks, and deliverables required of the D/B Team will be further delineated in the Statement of Work during Phase Two of this two-phase D/B solicitation. The Design Build project shall include the performance of architectural/engineering services based on an approved concept selected during the Request for Proposal (RFP) stage of the acquisition process. The design will be in accordance with GSA quality standards. As required by the ARRA legislation, the facility will be designed to be a high performing green building (HPGB) and as such will meet the most current federal energy goals. PROJECT SCOPE: This project includes the modernization of the building through a strategy of structure and materials reuse to the greatest practicable extent, introduction of modern building systems and use of innovative technologies to meet HPGB strategies. The scope of professional services will require at a minimum: Professional architectural, engineering, interior design, HPGB consulting service, and related consulting services for concept design documents, design development documents, metric and English construction documents, specifications, cost estimates, schedules, space planning, value engineering services, LEED-AP services, computer-aided design and drafting (CADD). The project shall comply with GSA design standards, and United States Marshal Services (USMS) tenant standards/requirements. PROJECT MAGNITUDE: The maximum Estimated Cost of Construction is between $30,000,000.00 and $50,000,000.00. PROJECT DURATION: 30 - 36 months (Design and Construction) MARKET RESEARCH: A survey was conducted with industry to assist in the development of the Acquisition Plan for this project. Following are the results: Delivery Method: Design Build is the most appropriate acquisition approach Contract Type: Preference for Guaranteed Maximum Price (GMP) vs Firm Fixed Price because it is more representative of a collaborative delivery effort. Design Competition: Recommendation to limit the design competition (Phase 2) to no more than 5 offerors. Stipend: A stipend would help defray costs to participate in the Design Competition. Award Fee: Preference for good partnering COMPETITION: Unrestricted This procurement will be open to large and small business firms. Any qualified responsible firm, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d), FAR subpart 19.702 and FAR subpart 19.12. An Offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, will be required to submit a Subcontracting Plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. PROCUREMENT STRATGY: The Design Build contractor will be selected using the Best Value Source Selection process pursuant to the Federal Acquisition Regulation (FAR) Two-Phase Design-Build Selection Procedures and FAR Subpart 36.3, Source Selection Procedures, FAR subpart 15.3. For this contract award process, GSA will issue two Solicitations in sequence: 1) Phase One, and 2) Phase Two. The Phase One procedure (which is analogous to a Request for Qualifications (RFQ)) is designed to select a "short list" of the most highly qualified Offerors who will then be requested to submit Phase Two proposals. The short list will not be published in FedBizOpps. All responsible sources may submit a Phase One Proposal. In Phase One, the Government shall identify the evaluation factors other than cost or price that will serve as the basis for the determination of the most highly qualified Offerors. Interested Offerors will be required to submit their responses to the RFQ by the due date established in the RFQ. The Government will evaluate all the responses to the RFQ in accordance with the criteria in the RFQ, and advise each Offeror in writing whether it will be invited to participate in the Phase Two process. Offerors that do not submit a timely RFQ response in Phase One will not be allowed to participate in the remaining phase of the procurement. In Phase Two, the Government will issue the RFP to the most highly qualified Offerors from Phase One and request that they submit Phase Two proposals. Phase Two of the solicitation shall be prepared in accordance with FAR Part 15 and include Phase Two evaluation factors, developed in accordance with FAR 15.304. Phase Two of the solicitation shall require submission of technical and price proposals, which shall be evaluated separately in accordance with FAR Part 15. The Government will reserve the right to make an award upon the basis of the initial Phase One and Phase Two offers without discussions. CONTRACT AWARD: GSA PBS R10 contemplates awarding a Guaranteed Maximum Price (GMP) type contract provided all waivers, deviations, and approvals are authorized prior to issuance of the Phase Two solicitation. Failure to obtain the necessary GMP type contract approvals will result in solicitation for and awarding a Firm Fixed Price Contract. The Phase Two RFP will identify which pricing methodology will be awarded, and will contain special provisions and clauses as necessary. SOLICITATION ISSUE DATE: The RFQ will be issued electronically on or about 09/30/2009 on the internet at: http://www.fbo.gov/. CLOSING DATE: The closing date for receipt of Phase I submittals shall be specified in the RFQ but is estimated to be 10/29/09. This project will be funded by the American Recovery and Reinvestment Act for 2009. THERE IS REASONABLE CERTAINTY FUNDS WILL BE AVAILABLE. All reporting requirements from the Contractor are mandated per the Act. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PCC/GS-10P-09-LT-R-0115/listing.html)
 
Place of Performance
Address: Thomas S. Foley US Federal Courthouse, 904 W Riverside, Spokane, Washington, United States
 
Record
SN01945122-W 20090910/090909083915-972aeb19d0e3f3d0828c0298b2bc05e8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.